+ All Categories
Home > Documents > Short Term Tender no. 144/EUCC (V)/LESA/2012-13 · PDF fileShort Term Tender no. 144/EUCC...

Short Term Tender no. 144/EUCC (V)/LESA/2012-13 · PDF fileShort Term Tender no. 144/EUCC...

Date post: 13-Feb-2018
Category:
Upload: tranphuc
View: 217 times
Download: 1 times
Share this document with a friend
25
Short Term Tender no. 144/EUCC (V)/LESA/2012-13 “Pin Pointing of 33 kV & 11 KV Cable faults in the underground cable in the area under LESA Zone” Cost of document : Rs. 550.00 Earnest money : Rs. 20000.00 Due on : 06.03.2013
Transcript

Short Term Tender no. 144/EUCC (V)/LESA/2012-13

“Pin Pointing of 33 kV & 11 KV Cable faults in the underground cable in the area under LESA Zone”

Cost of document : Rs. 550.00 Earnest money : Rs. 20000.00

Due on : 06.03.2013

e/;kWpy fo|qr forj.k fuxe fyfeVsM vfr vYidkyhu fufonk lwpuk

v/kksgLrk{kjh }kjk fuEufyf[kr fufonkvksa ds le{k muds lEeq[k vafdr dk;ksZa dks laikfnr djkus gsrq fo|qr lqj{kk funs'kky; }kjk tkjh “d” Js.kh ds ykblsUl /kkjdksa] vuqHkoh ,oa n{k Bsdsnkjksa ls nks Hkkxksa esa vyx&vyx eqgjcUn fufonk;sa iF̀kd&iF̀kd fufonk ds lEeq[k vafdr fnukWd dks 14-00 cts rd vkeaf=r dh tkrh gSaa] tks mlh fnu 15-00 cts fufonknkrkvksa vFkok muds vf/kdr̀ izfrfuf/k;ksa ds le{k v/kksgLrk{kjh vFkok muds ukfer izfrfuf/k ds }kjk [kksyh tk;saxhA fufonk [kqyus dh frfFk dks vodk'k gksus dh fLFkfr esa fufonk;sa mijksDr fu/kkZfjr le; rd vxys dk;Z fnol esa izkIr@ [kksyh tk;saxhA fufonk ds izFke Hkkx esa ¼1½ /kjksgj jkf'k] ¼2½ Lo;a }kjk izekf.kr v|ru~ “d” Js.kh dk ykblsUl ¼3½ QeZ dh lk[k dh iqf”V gsrq vfHkys[k ¼4½ vuqHko ds laca/k esa foxr o”kksZa esa lkeku dk;Z dks laikfnr djus laca/kh vuqcU/k@vuqcU/kksa dh lwph izLrqr djuk gksaxkA fufonk ds f}rh; Hkkx esa enokj njsa o okf.kfT;d ’krsZa nsuh gksaxhA fufofnr dk;Z dh ek=k 10% rd ?kV&c<+ ldrh gSA izR;sd fufonk izi= dk ewY; fufonk ds lEeq[k vafdr ¼vizfrns;½ O;kikj dj lEefyr djrs gq,] vf/k’kklh vfHk;Urk] fo0u0fu0[ka0 ¼rr̀h;½] yslk] y[kuÅ ds i{k esa ns; cSad Mªk¶V@ cSadlZ psd vFkok udn Hkqxrku dj [kqyus dh frfFk ls ,d fnu iwoZ rd izkIr fd;s tk ldrs gSA fufonk izi= e/;kWpy fo|qr forj.k fuxe fy0 dh osclkbV www.mvvnl.in ls Hkh izkIr@MkmuyksM fd;s tk ldrs gSaA osc lkbV ls izkIr fd;s x;s fufonk izi= dk ewY; dk cSad Mªk¶V fufonk ds izFke Hkkx esa j[kuk vfuok;Z gksxkA izR;sd fufonk dh /kjksgj jkf'k fufonk ds lEeq[k vafdr jk”Vªh;dr̀ cSad }kjk tkjh cSad Mªk¶V@ ,QMhvkj@ lhMhvkj@ VhMhvkj vf/k’kklh vfHk;Urk] fo0u0fu0[ka0 ¼rr̀h;½] yslk] y[kuÅ ds i{k es ns;] layXu djuk gksxkA fufonk ds izFke Hkkx esa okWfNr vgZdkjh ’krsZa iw.kZ djus okys fufonknkrkvksa dh gh fufonk dk f}rh; Hkkx ;Fkk lEHko mlh fnu [kksyk tk;sxkA 1- fufonk la0 140@foufuea ¼ia0½@yslk@ 2012&13 % QStqYykxat esa fuekZ.k gsrq izLrkfor 33@11 dsoh midsUnz dks iksf”kr djus

gsrq 33 dsoh Lora= iks”kd dk fuekZ.k ,oa rRlaca/kh vU; dk;ksZ dks laikfnr djkus gsrqA fufonk izi= dk ewY; 1100-00] /kjksgj /kujkf’k :0 33000@& ,oa fufonk [kqyus dk fnukad 06-03-2013

2- fufonk la0 141@foufuea ¼ia0½@yslk@ 2012&13 % fuekZ.k gsrq izLrkfor 33@11 dsoh fo|qr midsUnz U;w uknjxat ds fuekZ.k esa 2 ux 5 ,eoh, ifjorZd gsrq 33 dsoh *cs* rFkk vU; midj.k LFkkfir djus dk dk;ZA fufonk izi= dk ewY; 550-00] /kjksgj /kujkf’k :0 11000@& ,oa fufonk [kqyus dk fnukad 06-03-2013

3- fufonk la0 142@foufuea ¼ia0½@yslk@ 2012&13 % Xokjh dYoVZ y[kuÅ esa 33@11 dsoh 2x10 MVA fo|qr midsUnz dk fuekZ.k dk;ZA fufonk izi= dk ewY; 550-00] /kjksgj /kujkf’k :0 23000@& ,oa fufonk [kqyus dk fnukad 06-03-2013

4- fufonk la0 143@foufuea ¼ia0½@yslk@ 2012&13 % vkbZ0vkbZ0,e0 jksM ij 33@11 dsoh 2x5 MVA fo|qr midsUnz dk fuekZ.k dk;ZA fufonk izi= dk ewY; 550-00] /kjksgj /kujkf’k :0 15000@& ,oa fufonk [kqyus dk fnukad 06-03-2013

5- fufonk la0 144@foufuea ¼ia0½@yslk@ 2012&13 % 33 dsoh ,oa 11 dsoh Hkwfexr~ dsfcy ds nks"k dks fpfUgr djus gsrq okWfNr okgu pkyd lfgr dsfcy QkYV yksdsfVax e’khu ds lapkyu gsrqA fufonk izi= dk ewY; 550-00] /kjksgj /kujkf’k :0 20000@& ,oa fufonk [kqyus dk fnukad 06-03-2013

v/kh{k.k vfHk;Urk fo|qr uxjh; fuekZ.k e.My ¼iape½

yslk Hkou] jsthMsUlh]

y[kuÅ

“jk”Vª fgr esa fctyh cpk;sa”

INSTRUCTIONS TO TENDERERS

1.00 GENERAL INSTRUCTIONS:

1.01 Tenderers are requested to go through the instructions carefully & furnish complete information along with their tender bid offer, failing which their tender may not be considered at all. Tender shall be received in two parts; each part shall be in separate covers as under:

a. Tender Bid part-I: Shall contain Earnest Money for Rs. 20000.00 (Rs. Twenty thousand only) in the shape of FDR/CDR/TDR/ DD duly pledged in favour of Executive Engineer EUCD(III), LESA, Lucknow. The part-I of the tender shall also contain (i) Earnest Money (ii) Proof of credibility of their firm (iii) List of agreements/ photo copies of agreements for carrying out such type of works executed with them during last years in support of their past experience/ performance. The sealed cover for this part of the bid shall be super-scribed "Tender bid part-I (Earnest Money) against Tender Specification No. 144/ EUCC-V/LESA/ 2012-13 due for opening on 06.03.2013 at 15:00 hrs.

b. Tender Bid Part-II: Shall contain price schedule. Commercial & Technical terms & conditions. This part of the tender bid shall be superscripted "Tender Bid Part–II (Prices) against Short Tender Specification No. 144/ EUCC-I/LESA/ 2012-13 due for opening on 06.03.2013 at 15:00 hrs.

Only such firms need tender who are having sufficient experience for carrying out such type of works during past or are authorized representative of such firms and can produce satisfactory evidence that they have necessary resources & organization to undertake the work tendered for the satisfaction of the tendering authority.

1.02 In case of any inconsistency of the provisions of Form 'A', the provisions under special conditions of the tender will supercede/prevail.

1.03 Tenderers are requested to submit the price schedule appendix duly filled in (item by item) as required & should strictly follow the instructions & notes supplementary there to facilitate the tendering authority to prepare Comparative Statements.

1.04 Tenderers should quote the earliest completion period of the Tendered work.

1.05 The portion of terms & conditions as laid down in the condition of the contract; Form 'A' enclosed along with nature of work etc. that is not clear to the tenderer should be got clarified before submission of the tender. Tenderers are requested to adhere to all clauses to the contract Form 'A' to facilitate finalization of the contract. In case, they are unable to do so, should state any particular clause of the conditions which may not be acceptable to them & should support alternative for consideration.

1.05 The tendering authority does not suggest pledge to accept the lowest of any tender & reserves to himself the right of rejecting the whole or any portion of the tender as he may think fit without assigning any reason for non acceptance or selection.

1.06 Tendering authority reserves the right to revise or amend the tender. Such revision & amendment, if any, will be communicated to all tenderers as amendment or addenda to this invitation of the tender.

Cont’d …….. 2

: 2 : 1.07 Any action on the part of the tenderer to revise the price/prices and/or the change the

structure of price/prices at his own instance after opening of tenders may result in rejection of tender & also debarring him form submission of the tenderers to the MVVNL/ Corporation at least for one year.

1.08 Any approach etc., officially or otherwise on the part of the tender or his representative shall tender his offer liable to be summarily rejected.

1.09 Tenders of those tenderers, who have not purchased the tender specification shall not be read at the time of opening and shall be rejected outright.

1.10 The price of tender specification will not be refunded under any circumstance whatsoever.

1.11 In case of ambiguous or self contradictory terms/conditions mentioned in the tender specification, interpretations as advantageous to the MVVNL/Corporation shall be taken without any reference to accept the deviations or not.

1.12 Any overwriting /omitting/erasing etc. in the tender should be duly signed & stamped 1.13 In no case payment will be made by the Letter of Credit. 1.14 In no case, MVVNL/Corporation will be held responsible to arrange the T&P for execution

of the tendered work.

1.15 Tender Bid Part-I (Earnest Money) should contain in the shape FDR/CDR/DD issued by nationalized/scheduled bank.

1.16 In no. case, MVVNL will be held responsible to arrange the T&P or other equipments. Tender Bid Part-I (Earnest Money) should contain the following:

2.01 The part one of the tender bid shall contain the Earnest Money amount to Rs. 20000.00 (Rs. Twenty thousand only) & documents with respect to pre-qualification of tenderer.

2.02 In case part quantity offered, Earnest Money deposit shall be reduced proportionately. 2.03 Tenderers are required to furnish Earnest Money amount in the form of Bank

Draft/FDR/CDR of any scheduled bank duly pledged in favor of Executive Engineer, EUCD (III), LESA, Lucknow which should be submitted along with the tender bid Part-I. Tender will not be considered without Earnest Money.

2.04 The firm registered with DGS&D, Store Purchase Section of Director of Industries, U.P. Kanpur, U. P. Small Scale Industries Corporation, Kanpur or any other Govt. Agency/Institutions shall not be exempted from deposition of Earnest Money.

2.05 The Earnest Money deposited by the tenderer will be refunded after finalization of tender, in the event of his tender being rejected/ not accepted. In the event of tender being accepted, the Earnest Money shall be retained by the tendering authority and adjusted against the security deposit specified under & the same shall be released only on satisfactory completion of work. It may be noted clearly that in case the offer is not with the valid Earnest Money, Part-II of the tender bid, will not be opened.

2.06 Only tender of those tenderers shall be considered who have sufficient experience for execution of such type of works during past and have necessary resources and organization to under take the work tendered for to the satisfaction of the tendering authority.

Cont’d.. 3

: 3 :

3.00 All the tenderers must furnish a list of agreements executed with them for carrying out

such type of works during last three years. 3.01 All the tenderers must submit past performance reports for execution of such type of

works carried out by them during past. 3.02 The tendered quantity i.e. number of manpower & period of agreement may vary (+)

10% on the same rates, terms and conditions. 3.03 TENDER FORM:

Tender form duly filled in, shall be submitted by the tenderer with tender Bid Part-II.

4.0 VALIDITY OF TENDER: 180 days from the date of opening of the tender. Valid current income tax clearance certificate be also submitted.

4.1 Schedule of completion of tendered works be also mentioned in enclosed Annexure-II at Sl. No. 15.

4.2 Any other information, which may be considered necessary by the tenderer but not covered in the specification, be also submitted.

5.0 PRICES: 5.1 The tenderers are to quote prices in the enclosed Price Schedule item wise (Proforma

enclosed) Annexure-V of tender document duly typed both in words as well as in figures.

5.2 The quoted prices shall be firm & firm in all respect through the currency of the contract/agreement. No variation in the prices shall be allowed in any circumstances.

5.3 Tenderer should note clearly that the tenders with variable prices shall not be considered at all.

5.4 Any other another charges/duties/taxes/levies etc. should be specifically mentioned separately in the price schedule.

6.0 SCHEDULE OF DEVIATION FROM GENERAL CONDITIONS OF FORM 'A' & SPECIAL CONDITIONS TENDER SPECIFICATION NO. 144/EUCC-V/LESA/2012-13. The tenderers should clearly state whether all the provisions of tender specification application to this tender, are acceptable to them & incase of any deviations the same should be clearly mentioned and submitted along with their tender in the enclosed proforma.

7.0 PAYMENT: 90% Running payment will be made once during the month subject to the availability of the funds.

8.0 DISPUTE: For any dispute/ difference arises out of this tender in between the tendering authority and Contractor, Chief Engineer, LESA, 4A, Gokhale Marg, Lucknow will decide and his decision will be binding on both the parties.

Superintending Engineer (V)

ANNEXURE-I TENDER FORM

Tender. No. 144/EUCC-V/LESA /2012-13

From: To : The Superintending Engineer, Electricity Urban Construction Circle- V, LESA, Madhyanchal Vidyut Vitran Nigam Limited, LESA Bhawan, Residency, Lucknow. Sub: - Offer for execution of “Location and Pin pointing of cable fault exposing the same in

the Underground 33kV & 11 kV cable including digging of trench upto the depth of the cable, cutting the faulty cable and sealing of the faulty cable” against Term Tender No. 144/EUCC (V)/LESA/2012-13 due for opening on 06.03.2013 at 15.00 hrs

Sir,

With reference to your invitation to tender for the above I/We hereby offer to the Madhyanchal Vidyut Vitran Nigam Limited the items in the schedule of the prices and delivery annexed or such portion thereof as you determine in strict accordance with the annexed Special conditions of contract. Form "A", Specifications and schedule of price/ rates to the satisfaction of the purchaser and in default thereof to any way to UPPCL/ MVVNL the sum of money mentioned in the said conditions.

The rates quoted are firm and in full satisfaction of all claims. I/We agree to abide by this tender for the period of 180 days from the date fixed for receiving the same. The offer shall remain valid upto six months from the date of opening of offer. A sum of Rs …………………………………. in the form of ……………………………………… as Earnest Money has been forwarded duly pledged, the full value of which shall be retained by the Madhyanchal Vidyut Vitran Nigam Limited against the Security Deposit specified in the said conditions of contract. I/We hereby undertake and agree to execute a contract in the form annexed hereto in accordance with the condition of contract. Yours faithfully, Signature of the Tenderer Date ………………………………… day of…………………………………………… Witness: Address

ANNEXURE–II TENDER PROFORMA

(To be filled & submitted by the Tenderer in Tender Bid Part –II)

IMPORTANT INSTRUCTIONS TO THE TENDERERS Your tender shall not be considered, if you fail to submit this Performa duly filled. Replies

should be complete without ambiguity and should be clearly written against each item. Terms such as “Refer covering letter etc.” shall not be acceptable. You may, however, attach

extra sheets, if the space is not sufficient.

Sl. No

Particulars

1. Specification No. against which you have tendered.

2. Receipt No.& Date by which cost of tender specification was deposited by you.

3. Name & Address of the tenderer.

4. Address of contractor 5. Whether tenderer is Contractor or Petty Contractor

with power of attorney of agents of manufacturer (authentic proof regarding agents of manufacturer to be enclosed)

6. Amount of earnest money deposited with full details be submitted here.

7. Quantity offered (If there are two or more items, state quantities separately with units)

8. Do you agree to all conditions of Form- A & tender specification, if not, state the modifications clearly in the schedule enclosed which you would desire in Form–A & other terms & conditions (It may please be noted the it shall be entirely at the discretion of the competent authority to accept or reject the modifications proposed.)

9. Pl. state clearly (answer Yes / No.), if you would agree to undertake the works in case the modifications as suggested under Sl. No. 8 is not acceptable to the corporation without imposing any further condition / conditions from the site.

10.

Name & Detailed address of your Authorised representative against this order / agreement.

11. Name & detailed address of tenderer/ proprietor / partners / Directors be given.

12. Give two references who can certify your financial status & capability to undertake such supply order one of the references should be schedule Bank of India.

13. Do you confirm that there are no typographical errors/omissions in your tender & all other

documents, forming part of the tender (answer Yes / No)

14. What is the validity period of your Tender? 15. What is the completion / delivery period, please

state if the completion is guaranteed under penalty?

16.

What is your Completion period?

17. What is your Terms of Payment? 18. Are you agreeable to the completion period being

reckoned from the date of receipt of letter of acceptance by you?

19 Do you agree to furnish security deposit, if order is placed with you (Answer Yes / No) ?

20 Give Details of License issued by Electricity Safety Directorate

21. Pl. encloses the certified copy of the latest income tax clearance certificate.

22 Whether all the schedule & documents required have been submitted or not?

TECHNICAL SPCIFICATIONS / PRICES: 23 Is the work/item offered is according to the

specifications of the tendering authority.

24 Pl. indicate clearly if the quoted prices are Firm & Firm in all respect through out the currency of the contract / agreement.

25 If the quoted rate are inclusive of any taxes / duties / other charges, give details of such taxes / duties / other charges, included & at that rate(s)

26 Pl state, if you would claim any other charges over & above the prices as extra, which are not covered above. If Yes, Pl. state each separately indicates the amount in Rs. Against each per unit basis.

27 Do you offer any discount and if so, then what is the rebate / discount in Rs. Per unit?

Place:

Signature of the tenderer with Co. seal.

Address:

Date:

ANNEXURE-III

DEVIATIONS FROM TERMS AND CONDITIONS OF TENDER DOCUMENT/ FORM "A" & OTHER TERMS & CONDITIONS OF UPPCL/MVVNL AGAINST SHORT TERM TENDER 144/ EUCC (V)/LESA/ 2012-13 DUE FOR OPENING ON 06.03.2013 at 15:00 hrs.

I/We the undersigned have carefully examined the General Conditions of contract form “A” and other terms & conditions of the tender specification and I/We hereby confirm that all the terms & conditions contained in form A and other terms and conditions of tender specification under reference are acceptable to me/us with the following deviations:

Sl. No.

Description Clause No. etc.

Stipulated in UPPCL/ MVVNL

Deviation offered Remark, if any

1 2 3 4 5

Signature of contractor with seal Date Place: Address:

ANNEXURE-IV Bill of quantity for “Location and Pin pointing of cable fault exposing the same in the Underground 33kV cable including digging of trench upto the depth of the cable, cutting the faulty cable and sealing of the faulty cable” against Term Tender No. 144/EUCC (V)/LESA/2012-13 due for opening on 06.03.2013 at 15.00 hrs. Sl. No

Particulars of works Unit Total

1 Location and Pin pointing of cable fault exposing the same in the Underground 33kV and 11 kV cable including digging of trench upto the depth of the cable, cutting the faulty cable and sealing of the faulty cable, high pressure testing of cable and sealing of the faulty cable (Cable fault location equipment & other Infrastructure like vehicle etc will be provided by the depatrment)

a) 33 kV cable fault location (Size of trench 4 M length & 1.5 M width) Nos 350 b) 11 kV cable fault location (Size of trench 3 M length & 1.5 M width) Nos 750

(S.C. Bharati)

Superintending Engineer(V)

ANNEXURE-V Price Schedule for “Location and Pin pointing of cable fault exposing the same in the Underground 33kV cable including digging of trench upto the depth of the cable, cutting the faulty cable and sealing of the faulty cable” against Term Tender No. 144/EUCC (V)/LESA/2012-13 due for opening on 06.03.2013 at 15.00 hrs Sl. No

Particulars of works Unit Unit Rates (Rs.) per Unit

In figures In words Location and Pin pointing of cable fault exposing the

same in the Underground 33kV and 11 kV cable including digging of trench upto the depth of the cable, cutting the faulty cable and sealing of the faulty cable, high pressure testing of cable and sealing of the faulty cable (Cable fault location equipment & other Infrastructure like vehicle etc will be provided by the depatrment)

a) 33 kV cable fault location (Size of trench 4 M length & 1.5 M width) Nos

b) 11 kV cable fault location (Size of trench 3 M length & 1.5 M width) Nos

Date:

Signature of contractor with seal Place: Address:

Agreement against Short Term Tender No. 144/EUCC (V)/2011-12

This agreement executed on 30th day of November, 2011 in between M/s P.S. Enterprises, 569ka/169 Sneh Nagar, Alambagh, Lucknow (hereinafter called 'Contractor' which expression shall include his successor) of the first party and U.P. Power Corporation Limited (hereinafter called the Engineer of Contract which expression shall include its successor and assigns) of the second party where it agreed as follows:

WHEREAS the Engineer of contract invited tender for execution of works required for “Location and Pin pointing of cable fault exposing the same in the underground 33 kV cable including digging of trench upto the depth of the cable, cutting the faulty cable and sealing of the faulty cable & its associated works”. (as details given in the column of rates schedule enclosed as Annexure-I) as per tender No 144/EUCC (V)/LESA 2012-13(hereinafter called the 'work') mentioned enumerated or referred to in certain general conditions, specifications, schedules, Form of tender, covering letter & schedule of price which for the purposes of identification have been signed by the Sri. Pawan Kumar (Proprietor ) on behalf of Contractor and Superintending Engineer, Electricity Urban Construction Circle (V), LESA Bhawan, Residency, Lucknow (the Engineer of the Contract) on behalf of MVVNL/ UPPCL and all of which are deemed to form part of this contract as though separately set out herein and are included in the expression 'Contract' whenever herein used.

AND WHEREAS Engineer of contract has accepted the tender of contractor for the provision and execution of said works for the sum of Rs. 36,33,300.00 (Rs. Thirty six lac thirty three thousand three hundred only) upon the items and subject to the conditions hereinafter mentioned.

NOW THESE PRESENT WITNESSES and the parties here to hereby agree and declare as follows; That is to say, in consideration of the payment to be made to the contractor by Executive Engineer, Electricity Urban Workshop Division, LESA, Lucknow as hereinafter mentioned, the contractor shall duly execute the said works and do perform all other associated works and things on the contract mentioned or describe or which are implied there form or therein respectively or may be responsible necessary for the completion of the said work within and at the time and in the manner and subject to the terms, conditions and stipulations mentioned in the said contract.

Cont'd…. 2

: 2 : AND IN CONSIDERATION of the due provision, for execution of work in the area of Chief Engineer

LESA, Lucknow (entire LESA Zone) as above the Executive Engineer, EUWD, LESA, Lucknow will pay to the contractor on availability of funds, the sum of Rs. 36,33,300.00 (Rs. Thirty six lac thirty three thousand three hundred only) or such other sums as may become payable to the contractor under the provisions of the contract such payments to be made at such time and in such manner as is provided by the contract. The execution of work shall commence with effect from the date of agreement & will remain effective till the total quantity of agreement is not exhausted. The work of each fault will be completed within 24 hours from the time of intimation by the concerned division/ Executive Engineer, Electricity Urban Workshop Division, Lucknow. If the work is not completed by the firm with in the completion period, the penalty @ Rs. 100.00 per hour subject to maximum of 50% cost of the job, shall be deducted from the bills of contractor. ALL THE terms and condition as mentioned in enclosed details of work and special conditions of contract therein alongwith terms & conditions as mentioned therein Form "A" and General Requirement of Specification of UPPCL/MVVNL will also be applicable and binding on the contractor. IN WITNESS WHEREOF the parties hereto have signed this Deed hereunder on the dates respectively mentioned against the signature of each:

On behalf of contractor On behalf of Engineer of contract M/s

(Shakti Singh) Superintending Engineer (V) Dated: 30.11.2011 Dated: 30.11.2011 Place: LUCKNOW Place: LUCKNOW In presence of In presence of 1. 1. 2. 2.

Annexure-I

Price Schedule against tender no. 144/EUCC (V)/LESA/2012-13agreement dated 30.11.2011 Sl. No

Particulars of works Unit (Nos.)

Unit Rate Amount Rs.

Location and Pin pointing of cable fault exposing the same in the Underground 33kV and 11 kV cable including digging of trench upto the depth of the cable, cutting the faulty cable and sealing of the faulty cable, high pressure testing of cable and sealing of the faulty cable (Cable fault location equipment & other Infrastructure like vehicle will be provided by the department)

a) 33 kV cable fault location (Size of trench 4 M length & 1.5 M width) 300 4950.00 14,85,000.00

b) 11 kV cable fault location (Size of trench 3 M length & 1.5 M width) 700

3069.00

21,48,300.00

Total Rs. 36,33,300.00 (Rs. Thirty six lac thirty three thousand three hundred only) SPECIAL CONDITIONS AGAINST TENDER SH. TERM TENDER NO. 144/ EUCC-V/2012-13FOR LOCATING & PIN POINTING UNDER GROUND HT (33 kV & 11 kV) CABLE FAULTS.

These special conditions shall be read as construed along with annexed "Conditions of Contract Form-A as modified by provisions hereof but if any conflict/consistency between the provisions hereof & those contained in the conditions annexed, the provisions contained in the Special Conditions shall prevail. 1.0 SCOPE OF WORK:

The contractor shall be responsible for operation of cable fault location machine by deployment of experienced technicians alongwith required number of helper, driver for driving of the vehicle duly mounted fault locating machine & pin pointing within plus minus one meter of cable fault, exposing the same in the underground HT cable (33 kV & 11 kV) including cutting of the fault cable its megaring & sealing of the healthy cable and the contractor, in addition to locating & pin pointing of cable faults, shall also be responsible for digging of the cable trench of suitable size so as to enable making of cable joints (one or two straight through joints depending on the requirements) it shall also including cutting of the faulty cable sufficient length of road cutting & digging thereof so that cable may be taken out for jointing or PCC cutting as may be required at various places in Lucknow City / District Road cutting charges as payable to PWD/ Nagar Nigam/ LDA shall be paid by the LESA. The work of cable jointing shall be done by MVVNL. The work will be carried out by the contractor in the jurisdiction of entire LESA Zone on the intimation of Executive Engineer (Distribution) / Executive Engineer, Electricity Urban Workshop Division, LESA or his authorized representatives.

2.0 WORK SCHEDULE: The work of pin pointing and locating cable fault in underground HT cables shall be executed by the contractor from time to time in a phased manner i.e. all the faults shall not be

Cont'd ……… 2 : 2 :

attended at a time. Normally, the contractor may be called for attending minimum 2 nos. or more faults at a time but in case of important faulty cable links, he may be called even for one fault at a time. In case of 33 kV cable faults the contractor has to attend even one fault at a time.

2.1 The contractor will dig the cable trench in such a manner so as to avoid any damage to the cable or any other public utilities existing under the ground.

2.2 The fault location shall have to be done throughout the entire link to pin point all the faults and making its possible to revive the link in such a manner so that the link under breakdown gets operational within minimum period of time.

2.3 The contractor shall be required to carryout the fault location work in night also, if the work could not be completed during the day time for reasons whatsoever. it will remain continued till the energization of link.

2.4 In the event of in accurate pin point/exposing the contractor will have to bear the expenditure incurred in locating the fault.

2.5 The work shall be carried out under the supervision of representative of concerned Executive Engineer, Electricity Urban Distribution Division, LESA, Lucknow or his authorized representative of the concerning Executive Engineer (Distn).

2.6 Both the parties will ensure before handing over the INFRASTRUCTURE (Cable fault locating machine, Vehicle etc.) to each other that the infrastructure is in the same condition in as it was handed over to them.

2.7 In case of defects arises in the INFRASTRUCTURE (Cable fault locating machine, Vehicle etc), the firm will co-ordinate with the supplier of INFRASTRUCTURE (Cable fault locating machine, Vehicle etc) for early rectification of defects. Any assistance required for the purpose, will be provided by the Executive Engineer, Electricity Urban Workshop Division, LESA, Lucknow.

2.8 The contractor will have to arrange experienced technical staff and the labours required for operation of cable fault locating machine as well as the manpower required for digging of trench at his own cost so that the cable fault may be removed and supply disturbed consequent upon cable fault, may be restored at the earliest possible.

2.9 In the event of failure of the contractor in digging/exposure of the fault within 2 days from the date of pinpointing, the fault may be got exposed through other external agency. The excess expenditure plus 15% supervision charges shall be deducted from the bills of the contractor.

3.0 SECURITY DEPOSIT: Security deposit @ 10% will be deducted from the running bills of the contractor by the payment authority and the same will be released after expiry of guarantee period. The contractor may also deposit the security in the shape of Bank Draft/FDR/CDR duly pledged in favour of Work execution authority. In case the amount of Security deposit exceeds Rs. 5000.00 the same may also be deposited in the form of Bank Guarantee from a scheduled bank of India duly executed on a non-judicial stamp paper of entire work. The Bank Draft/ FDR or Bank Guarantee should be valid for a minimum period of 18 months.

4.0 PRICES: The above prices are "FIRM & FIRM" in all respect through out the currency of the contract/ agreement. The contractor shall also be responsible for arrangement of fuel (Diesel) required for running of vehicle at his own cost while the maintenance of the vehicle will be carried out by the department. No variation in the cost will be allowed at any cost.

Cont'd ……… 3 : 3 :

5.0 PAYMENT: Payment shall be made against running bills once in a month against pre-

receipted bills duly verified by the concerned division to be submitted by the contractor in duplicate to the Executive Engineer, Electricity Urban Workshop Division, LESA, Lucknow after deduction of statutory taxes and duties if legally applicable. In no case, payment will be made by letter of credit.

6.0 PENALTY: Penalty for delay in completion of works shall be levied @ Rs. 100.00 per every hour subject to maximum of 50% of the rates of each fault. In case of abnormal delay in completion of the work by the contractor, the work is got completed by other agency, the payment made to them, the same will be deducted from their bills.

7.0 The personnel deputed by the contractor will have to report to Executive Engineer, Electricity Urban Workshop Division, Sector I, near Goel Chauraha, Aliganj extension for taking over the cable fault locating machine in his possession as and when required for locating the cable fault, and the fault locating machine with vehicle will be returned to Executive Engineer, EUWD in the same condition as it was delivered to him. Contractor shall also be responsible for any damaged to our INFRASTRUCTURE (Cable fault locating machine, Vehicle etc) provided to him and the same will be got repaired at their own cost within the shortest time.

8.0 The contractor will complete the work within the stipulated time as specified in the letter of intent (work slip) to be issued by the concerning Executive Engineer (Distn) subject to a maximum period of 2 days from the date of letter of indent. The date of receipt of the indent will either be actual date on which the indent has been received (through letter or through telephone) by the contractor or 2 days from the date of dispatch, which is earlier.

9.0 The T&P required for digging of trench and transportation of their personnel deputed for carrying out the work will be arranged at his own cost. Department will bear no responsibility to this effect.

10.0 Any damage or loss of, public property/ Board's material shall have to be borne by the contractor.

11.0 The contractor shall be fully responsible for safety of their gang as for payment of compensation in case of any accident during the execution of the work, including third party risk/ claim as legally applicable. The engineer shall have full right for recovery against such claims/ compensation from the contractor.

12.0 The quantities of cable fault may vary + 10% (Ten percent) on either side on same rates, terms & conditions for which no claim of the contractor will be entertained.

13.0 CONTRACTOR'S REPRESENTATIVE: The contractor with shall intimate the names of the authorized representatives and their local addresses in one-week time, from the date of execution of agreement. The contractor will intimate the Engineer, changes if any, in the local address of the contractor's representative immediately on occurrence of any change. The responsibility for non-receipt of intimation due to change in address will be on the contractor.

14.0 SUBLETTING OF THE CONTRACT: The contractor shall not assign or sublet the contract/work to any other party/ person, without prior written approval from the Engineer of the contract.

14.0 RESPONSIBILITY OF THE CONTRACTOR: The contractor shall obtain the permission for Road Cutting from Nagar Nigam/ PWD. If considered necessary the Contractor in securing such permission may seek help from the Department. But the contractor will not have any right for such assistance from the department.

Cont'd ……… 4

: 4 :

15.0 LEFT OVER WORK: If the contractor fails to pin point/expose the cable faults within the

stipulated time period, the order placing authority reserves the right to get the cable fault pinpointed/ exposed by any other agency. The excess expenditure, if any incurred in this connection plus 15% supervision charges shall be dubitable to the contractor & recoverable from the Security Amount or any running bill or through their credit, if any with UPPCL.

16.0 RATE OF WORK NOT COVERED UNDER THIS AGREEMENTS: All special works for which rates have been specified in the agreement and which do not come under the preview of this contract may be decided mutually between the contractor and the Engineer of Contract.

17.0 CARRIAGE OF BOARD'S PERSONNEL: The contractor shall have to carry in his vehicle free of charge any departmental officers/ officials which in the interest of work is ordered or considered necessary by the engineer or his authorized representative.

18.0 ARBITRATION/SETTLEMENT OF DISPUTE: In case of any dispute between the contractor and the engineer, the decision of Chief Engineer, LESA, will be final and binding on both. All dispute arising out of contract shall be relegated to the jurisdiction of local courts of district, Lucknow and High Court of Judicature of Allahabad.

19.0 TERMINATION OF AGREEMENT: The agreement can be terminated by the Engineer of the contract at any time by giving one months notice in the event of unsatisfactory performance of the contractor. This is however without prejudice to the offer and terms and conditions of the agreement.

On behalf of contractor On behalf of Engineer of contract M/s

(Shakti Singh) Superintending Engineer (V) Dated: 30.11.2011 Dated: 30.11.2011 Place: LUCKNOW Place: LUCKNOW In presence of In presence of 1. 1. 2. 2.

Office of the Superintending Engineer Electricity Urban Construction Circle (V)

Madhyanchal Vidyut Vitran Nigam Limited LESA Bhawan, Residency

Lucknow No. -LESA/EUCC (V)/T. No. 144/2011-12 Dated: Dec. ,2011

Sub: Agreement for pinpointing and fault locating in underground 33 kV & 11 kV underground cable.

Executive Engineer, Electricity Urban Distribution Division, Husainganj, Residency, Chowk, Thakurganj, Aminabad, Raj Bhawan, Indiranagar, Gomtinagar, Aliganj, Daliganj, Kanpur Road, Aishbagh, Alambagh, Rajajipuram, Raheemnagar, BKT, CESS-I & II. LESA, Lucknow.

It is to inform you that an agreement has been executed in between undersigned and M/s P.S. Enterprises, 569 Ka/169 Sneh Nagar, Alamabagh, Lucknow for pinpointing and fault locating in underground 33 kV & 11 kV underground cable in entire LESA Zone against Short Term Tender No. 144/EUCC(V)/LESA/2012-13agreement dated 30.11.2011 effective with immediate effect. You are requested to contact the following personnel of the firm under intimation to Er. Devendra Singh (Mob. 8004922093) Executive Engineer, Electricity Urban Workshop Division, LESA, Lucknow for the above work as and when required. 1. Sri Pawan Kumar Singh (Proprietor) : 9838202514 & 9335906719 2. Sri Shiv Kumar, Technician/ Operator : 9838202512 3. Sri D.D. Singh, : 9838202513 4. Sri M.P. Singh, : 9838202515 (Shakti Singh) Superintending Engineer(V) No. -EUCC (V)/ LESA/ of date

Copy alongwith copy of agreement forwarded to the following for information and necessary action: 1. Er. Devendra Singh, Executive Engineer, Electricity Urban Workshop Division, LESA, Lucknow 2. Sri Pawan Kumar Singh (Proprietor). M/s P.S. Enterprises, 569 Ka/169 Sneh Nagar, Alamabagh,

Lucknow. Encl: As above,

(Shakti Singh)

Superintending Engineer(V) No. -EUCC (V)/ LESA/ of date

Copy also forwarded to the Superintending Engineer, EUDC (I/II/III/IV), LESA, Lucknow alongwith copy of agreement with the request that a copy agreement may be made available to the Executive Engineer (Distn.) under his administrative control from his end: Encl: As above,

(Shakti Singh) Superintending Engineer(V) No. -EUCC (V)/ LESA/ of date

Copy also forwarded to the following for his kind perusal alongwith copy of agreement: 1. Director (Tech), MVVNL, 4-A, Gokhale Marg, Lucknow 2. Chief Engineer (LESA), 4-A, Gokhale Marg, Lucknow

Encl: As above, (Shakti Singh)

Superintending Engineer(V)

AGREEMENT AGAINST TENDER NO. 08/EUDC-I/LESA/ 2011-12

This agreement executed on 7th day of July, 2011 in between M/s Techno Engineering Services, L-6/L-3, Sector “I”, Aliganj Housing Scheme, Aliganj, Lucknow (hereinafter called 'Contractor' which expression shall includes his successor) of the first party and U.P. Power Corporation Limited/ Madhyanchal Vidyut Vitran Nigam Limited (hereinafter called the Engineer of Contract which expression shall include its successor and assigns) of the second party where it agreed as follows: WHEREAS the Engineer of contract invited tender for execution of works required for "Locating and pin pointing of cable fault exposing the same in the underground 33 kV cable including digging of trench, cutting of faulty cable, high pressure testing of cable and sealing of the healthy cable in the entire jurisdiction of Electricity Urban Distribution Circle (I)" (herein after called the "WORKS") as per scope of work & Special Conditions of contract (as details given in the column of rates schedule enclosed as Annexure-I) against Short Term tender No 08/EUDC-I/LESA/ 2012-13mentioned enumerated or referred to in certain general conditions, specifications, schedules, Form of tender, covering letter & schedule of price which for the purposes of identification have been signed by the Sri Ganesh Pant (A.R.)

on behalf of Contractor & Superintending Engineer, Electricity Urban Distribution Circle-I, LESA Bhawan, Residency, Lucknow (the Engineer of the Contract) on behalf of MVVNL/ UPPCL and all of which are deemed to form part of this contract as though separately set out herein and are included in the expression 'Contract' whenever herein used. AND WHEREAS Engineer of contract has accepted the tender of contractor for the provision and execution of said works for the sum of Rs. 12,00,000.00 (Rs. Twelve lac only) upon the items and subject to the conditions hereinafter mentioned.

Cont’d ……. 2

: 2 :

NOW THESE PRESENT witness & the parties here to hereby agree & declare as follows; That is to say in consideration of the payment to be made to the contractor by the respective Executive Engineers, EUDD (Residency), LESA, Lucknow against running bills for the manpower allotted to them as hereinafter mentioned, the contractor shall duly execute the said works and do & perform all other associated works & things in the contract mentioned or describe or which are implied there from or therein respectively or may be reasonably necessary for the completion of the said work within & at the time & in the manner & subject to the terms, conditions and stipulations mentioned in the said contract.

AND IN CONSIDERATION of the due provision for execution of work in the area of Electricity Urban Distribution Circle (I), LESA, Lucknow as aforesaid the purchaser i.e. Executive Engineer, EUDD (Residency), LESA, Lucknow will pay to the contractor on availability of funds, the said sum Rs. 12,00,000.00 (Rs. Twelve lac only) or such other sums as may become payable to the contractor under the provisions of the contract such payments to be made at such time and in such a manner as is provided by the contract. The work will commence with effect from the time of intimation from the concerned Distribution Division and shall be completed within 24 hrs. The applicability of the agreement will remain till the total quantity of agreement is not exhausted. If the work is not taken up within the stipulated time, the penalty shall be imposed as per provisions laid down in clause no. 6.0 of the Special Conditions of Contract.

ALL THE terms and condition as mentioned in enclosed details of work and special conditions of contract therein alongwith terms & conditions as mentioned therein Form “A” and General Requirement of Specification of UPPCL will also be applicable and binding on the contractor.

IN WITNESS WHEREOF the parties hereto have signed this deed hereunder on the date respective mentioned against the signature of each: On behalf of contractor On behalf of Engineer of contract M/s (Shakti Singh) Superintending Engineer (D:I) Dated: 07.07.2011 Dated: 07.07.2011 Place: Lucknow Place: Lucknow

In presence of In presence of 1. 1. 2. 2.

ANNEXURE-I Price Schedule against Short Term Tender No. 08/EUCC (V)/LESA/2012-13agreement dated 07.07.2011 Sl. No

Particulars of works Unit Qty. Unit Rate Amount Rs.

1 Location and Pin pointing of cable fault exposing the same in the Underground 33kV cable including digging of trench upto the depth of the cable, cutting the faulty cable and sealing of the faulty cable, high pressure testing of cable and sealing of the faulty cable (Cable fault location equipment & other Infrastructure like vehicle etc will be arranged by the contractor at his own cost) Nos.

150

8000.00

12,00,000.00 Total Rs. 12,00,000.00 (Rs. Twelve Lac only) SPECIAL CONDITIONS AGAINST TENDER SH. TERM TENDER NO. 08/ EUDC-I/2012-13FOR LOCATING & PIN POINTING UNDER GROUND HT (33 KV) CABLE FAULTS.

These special conditions shall be read as construed along with annexed "Conditions of Contract Form “A” as modified by provisions hereof but if any conflict/consistency between the provisions hereof & those contained in the conditions annexed, the provisions contained in the Special Conditions shall prevail. 1.0 SCOPE OF WORK:

The contractor shall be responsible for “Locating & pin pointing within plus minus one meter of cable fault, exposing the same in the underground HT cable ( 33 KV) including cutting of the faulty cable its megaring & sealing of the healthy cable and the contractor, in addition to locating & pin pointing of cable faults, shall also be responsible for digging the cable trench of suitable size so as to enable making of cable joints (one or two straight through joints depending on the requirements). The scope of work also includes digging of the faulty cable sufficient length of road cutting & digging thereof so that cable may be taken out for jointing or PCC cutting as may be required at various places in Lucknow City / District Road cutting charges as payable to PWD/ Mahapalika shall be paid by the LESA. The work of cable jointing shall be done by MVVNL.

2.0 WORK SCHEDULE:

The work of pin pointing and locating cable fault in underground HT cables shall be executed by the contractor from time to time in a phased manner i.e. all the faults shall not be attended at a time. Normally, the contractor may be called for attending minimum 2 nos. or more faults

Cont'd ………. 2 : 2 :

at a time but in case of important faulty cable links, he may be called even for one fault at a time. In case of 33 kV cable faults the contractor has to attend even one fault at a time.

2.10 The contractor will dig the cable trench in such a manner so as to avoid any damage to the cable laid underground.

2.11 The fault location shall have to be done throughout the entire link to pin point all the faults and making its possible to revive the link.

2.12 The contractor shall be required to carryout the fault location work in night also, if the work could not be completed during the day time for reasons whatsoever.

2.13 In the event of in accurate pin point/exposing the cable fault, contractor will have to bear the expenditure incurred in locating the cable fault.

2.14 The work shall be carried out under the supervision of representative of concerned Executive Engineer, Electricity Urban Distribution Division, LESA, Lucknow or his authorized representative of the concerning Executive Engineer (Distn).

2.15 The contractor will have to arrange the Infra-structure like Cable Fault Locating Machine, Instrument required for High Pressure Testing of cable, Vehicle labors and T&P required for the above work at his own cost.

2.16 In the even of failure of the contractor in digging/exposure of the fault within 2 days from the date of pinpointing, the fault may be got exposed through other external agency. The excess expenditure plus 15% supervision charges shall be deducted from the bills of the contractor.

3.0 SECURITY DEPOSIT:

Security deposit @ 10% will be deducted from the running bills of the contractor by the payment authority and the same will be released after expiry of guarantee period. The contractor may also deposit the security in the shape of Bank Draft/FDR/CDR duly pledged in favour of Work execution authority. In case the amount of Security deposit exceeds Rs. 5000.00 the same may also be deposited in the form of Bank Guarantee from a scheduled bank of India duly executed on a non-judicial stamp paper of entire work. The Bank Draft/ FDR or Bank Guarantee should be valid for a minimum period of 18 months.

4.0 PRICES: The above prices are "FIRM & FIRM" in all respect through out the currency of the contract/ agreement. No variation in the cost will be allowed at any cost.

5.0 PAYMENT: Payment shall be made against running bills once in a month duly pre-receipted duly verified by the concerned division to be submitted by the contractor in duplicate to the Executive Engineer, Electricity Urban Distribution Division (Residency), LESA, Lucknow after deduction of Income tax/ Security if legally applicable. In no, case payment will be made by letter of credit.

6.0 PENALTY:

Penalty for delay in completion of works shall be levied @ ½% per day up to maximum of 10% value of in-completed portion of work. The contractor will have to report at the site of the work with machine, T&P and man power within 8 hrs. of the receipt of notice/ indent. Penalty will also be charged @ Rs. 100.00 per hrs. for every hr. or part thereof for delay beyond 8 hrs. of reporting time till the contractor reports at site.

Cont’d ……. 3 : 3 :

7.0 The contractor will complete the work within the stipulated time as specified in the letter of intent (work slip) to be issued by the concerning Executive Engineer(Distn) subject to a maximum period of 2 days from the date of letter of indent. The date of receipt of the indent will either be actual date on which the indent has been received (through letter or through telephone) by the contractor or 2 days from the date of dispatch, which is earlier.

8.0 In case the departmental fault locating machine, T&P and transport is provided to the contractor, the appropriate rental charges, as per prevailing rates of the Board/Mutually agreed rates will have to be borne by the contractor.

9.0 Any damage or loss of, public property/ Board's material shall have to be borne by the contractor.

10.0 The contractor shall be fully responsible for safety of their gang as for payment of compensation in case of any accident during the execution of the work, including third party risk/ claim as legally applicable. The engineer shall have full right for recovery against such claims/ compensation from the contractor.

11.0 The quantities of cable fault may vary + 10% (Ten percent) on either side on same rates, terms & conditions for which no claim of the contractor will be entertained.

12.0 The quantity of agreement may be revised/ agreement may be terminated as and when an agreement is executed for carrying out the work of cable fault by providing departmental infra-structure.

13.0 CONTRACTOR'S REPRESENTATIVE:

The contractor with shall intimate the names of the authorized representatives and their local addresses in one-week time, from the date of execution of agreement. The contractor will intimate the Engineer, changes if any, in the local address of the contractor's representative immediately on occurrence of any change. The responsibility for non-receipt of intimation due to change in address will be on the contractor.

14.0 SUBLETTING OF THE CONTRACT: The contractor shall not assign or sublet the contract/work to any other party/ person, without prior written approval from the Engineer of the contract.

15.0 RESPONSIBILITY OF THE CONTRACTOR The contractor shall obtain the permission for Road Cutting from Nagar Nigam/ PWD. If considered necessary the Contractor in securing such permission may seek help from the Department. But the contractor will not have any right for such assistance from the department.

16.0 LEFT OVER WORK: If the contractor fails to pin point/expose the cable faults within the stipulated time period, the order placing authority reserves the right to get the cable fault pinpointed/ exposed by any other agency. The excess expenditure, if any incurred in this connection plus 15%

supervision charges shall be dubitable to the contractor & recoverable from the Security Amount or any running bill or through their credit, if any with UPPCL.

Cont’d …….. 4

: 4 :

17.0 RATE OF WORK NOT COVERED UNDER THIS AGREEMENTS: All special works for which rates have been specified in the agreement and which do not come under the preview of this contract may be decided mutually between the contractor and the Engineer of Contract.

18.0 CARRIAGE OF BOARD'S PERSONNEL: The contractor shall have to carry in his vehicle free of charge any departmental officers/ officials which in the interest of work is ordered or considered necessary by the engineer or his authorized representative.

19.0 ARBITRATION/SETTLEMENT OF DISPUTE: In case of any dispute between the contractor and the engineer, the decision of Chief Engineer, LESA, will be final and binding on both. All dispute arising out of contract shall be relegated to the jurisdiction of local courts of district, Lucknow and High Court of Judicature of Allahabad.

20.0 TERMINATION OF AGREEMENT: The agreement can be terminated by the Engineer of the contract at any time by giving one months notice in the event of unsatisfactory performance of the contractor. This is however without prejudice to the offer and terms and conditions of the agreement.

On behalf of Contractor On behalf on Engineer of contract M/s (Shakti Singh) Superintending Engineer (D:I) Dated: 07.07.2011 Dated : 07.07.2011 Place: Lucknow Place: Lucknow In presence of In presence of

1. 1.

2. 2.


Recommended